MODIFICATION
Z -- REBUILD ATAMPA BAY RANGES PART II
- Notice Date
- 5/25/2005
- Notice Type
- Modification
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, FL, 33177-1630
- ZIP Code
- 33177-1630
- Solicitation Number
- HSCG82-05-B-3WCA40
- Response Due
- 6/28/2005
- Archive Date
- 7/13/2005
- Small Business Set-Aside
- Total Small Business
- Description
- PRE-SOLICITATION: The project work site is the U.S. Coast Guard Aids to Navigation (ANT) Group Tamp Bay, St. Petersburg, Pinellas County, Florida. The work consists of but is not limited to furnishing all labor, tools, equipment and materials and transportation necessary to a) rebuild two (2) ranges (both front and rear structure of each range) and modify one (1) range structure located in Tampa Bay with approximate distance between ranges of 11.24 nautical miles; b) provide new support structures for each range, and Rear Range Light (RRL) support structures shall be composed of five 18? diameter steel piles with a 20? diameter pile jackets, and a 12? - 10? x 12? ? 10? steel platform with fiberglass grating, and Range Front Light (RFL) support structures shall be composed of one 30? diameter steel pile with a 10? x 10? steel platform with fiberglass grating; c) locate and drive 18? and 30? diameter tubular piles as specified at an approximate water depth range from 16? to 25?; d) install and weld steel platform to steel tubular piles; e) install/fasten Coast Guard standard modular tower sections to RRL support structure platform; modular towers are ranging in heights from 40? to 50?, and modular tower sections will be Government Furnished Equipment (GFE); f) install passing light, range optics, solar panels and batteries (GFE); g) provide all electrical wiring/conduit for installation of GFE; and h) remove/demolish old modular tower/support structure and this will require old piles to be pulled out or cut 3? below the mudline. The applicable North American Industry Class System (NAICS) Code is 237990. The small business size standard is a three-year averaged annual gross receipts of $28.5 million. Estimated construction price range is $500,000.00 to $1,000,000.00. Bid, payment and performance bonds are required. Performance period is 140 calendar days. THIS IS A SMALL BUSINESS SET-ASIDE. The solicitation package will be available at the following web site: http://www.fedbizops.gov. All amendments and pertinent information will be available at this website. To receive immediate notification of all changes posted electronically, vendors should click on "Register to Receive Notification". All vendors interested in teaming or subcontracting for this solicitation, should click on "Register as Interested Vendor". In order to view a "Bidder's List", interested parties should click on "View List of Interested Vendors". Contractors will no longer be required to submit hard copies of their Reps & Certs with each proposal. In order to upload your Reps & Certs to ORCA, you must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). ORCA is available through the Business Partner Network (BPN) at <http://www.bpn.gov/ >. *****
- Place of Performance
- Address: TAMPA BAY AND BOCA GRANDE, FLORIDA. PLEASE SEE SPECIFICATIONS
- Country: USA
- Country: USA
- Record
- SN00815042-W 20050527/050525211554 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |